PLANNING AND RESOURCE MANAGEMENT SOLUTION

Solicitation number 59017-180013/B

Publication date

Closing date and time 2020/01/14 14:00 EST


    Description
    Trade Agreement: CETA / WTO-AGP / CPTPP / NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea
    Tendering Procedures: All interested suppliers may submit a bid
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Accenture Inc
    45 O'Connor Street
    Suite 600
    Ottawa Ontario
    Canada
    K1P1A4
    Nature of Requirements: 
    
    TITLE: PLANNING AND RESOURCE MANAGEMENT SOLUTION
    
    An ACAN is a public notice indicating to the supplier community that a department or agency intends to award a contract for goods, services or construction to a pre-identified supplier, thereby allowing other suppliers to signal their interest in bidding, by submitting a statement of capabilities. If no supplier submits a statement of capabilities that meets the requirements set out in the ACAN, on or before the closing date stated in the ACAN, the contracting officer may then proceed with the award to the pre-identified supplier.
    
    DEFINITION OF REQUIREMENT 
    
    Office of the Superintendent of Financial Institutions (OSFI) has a requirement for the provision of a Commercial of the Shelf (COTS) solution including annual Maintenance and Support service that would replace an existing ‘end of life’ time reporting application and a custom-developed planning application. 
    The purpose of this Advance Contract Award Notice (ACAN) is to signal the government's intention to award a contract for these goods to Accenture Inc.  Before awarding a contract, however, the government provides other suppliers with the opportunity to demonstrate that they are capable of satisfying the requirements set out in this Notice, by submitting a statement of capabilities during the fifteen calendar day posting period.
    
    Canada intends to enter into a sole source contract with Accenture Inc. for the purpose of procuring approximately 750 Perpetual Software User Licenses of Unit 4 software and integrate it into its existing infrastructure. Canada reserves the right to add additional clients to this contract at the same price, and under the same terms and conditions, as granted to OSFI.
    
    If other potential suppliers submit statements of capabilities during the fifteen calendar day posting period that meet the requirements set out in the ACAN, the government will proceed to a full tendering process on either the government's electronic tendering service or through traditional means, in order to award the contract.
    
    If no other supplier submits, on or before the closing date, a statement of capabilities meeting the requirements set out in the ACAN, a contract will be awarded to the pre-selected supplier.
    
    CRITERIA FOR ASSESSMENT OF THE STATEMENT OF CAPABILITIES
    
    Any interested supplier must demonstrate by way of a statement of capabilities that their product and services meet the following requirements:
    
    Requirements:
    
    OSFI has a requirement to acquire approximately 750 Perpetual Software User Licenses of the solution and integrate it into its existing infrastructure.
    
    MANDATORY REQUIREMENTS:
    
    1.The solution must seamlessly integrate and use data information to and from (interoperate with) Vu, OSFI’s system for performing core supervisory activities. Vu was developed in Microsoft’s Dynamics CRM platform, customizing Dynamics for OSFI’s supervisory processes and user requirements as part of a major Supervision Technology & Tools Renewal (STTR) Initiative.
    
    2.The solution must integrate into OSFI’s current-state technology standards as approved by OSFI’s Enterprise Architecture Council (EAC), as well as additional de facto standards that are emerging or that are currently in the EAC pipeline. 
    
    Technology Domain         Current Technology Standards
    
    EDRMS                         SharePoint 2013 SP1
                             Office Web App Server for SP 2013
    
    BI Reporting and Analytics Cognos 11.0 (Analysis Studio,ReportNet)
                             SQL Server Analysis Services (SSAS) 2016
                             Power Pivot for Excel 2016
                             Power Query for Excel 2016
    
    Case Management                 Microsoft Dynamics 365 for Customer                                 Engagement On-Premises V9.0
    
    RDBMS and Master Data Management SQL Server Enterprise Edition 2016 SP1
                             Microsoft Master Data Services(MDS) 2016
    
    Data Integration (ETL)     SQL Server Integration Services (SSIS) 2016
    
    Email                     Microsoft Exchange Server 2016
    
    Office Productivity     Microsoft Office Professional Plus 2016
                         Microsoft Visio Premium 2016
    
    Browser                     Internet Explorer 11
                         Google Chrome
     
    Server Operating System        Windows Server 2016
    
    Workstation Operating System Windows 10 Enterprise V1709
    
    Programming Languages/Frameworks .Net 4.5 (ASP.NET, C#.NET,                                          Entity Framework, etc.)
                                      HTML5
                                      CSS 2
                                      JavaScript
    
    3.The solution must integrate with eSpace, OSFI’s SharePoint 2013 EDRMS system.
     
    4.The solution must support interoperability with Microsoft SSIS, OSFI’s ETL tool of choice.
     
    5.The solution must work with OSFI’s mature SOAP and RESTful web-services that have been developed in-house using the Windows Communication Foundation (WCF) framework. The Microsoft Entity Framework is used for relational-to-OO mapping. 
    
    6.The solution must deliver on the following high-level business requirements from a resource planning perspective:
    a.Set planning constraints, add/remove resources, save and search/carry over previous plans
    b.Make changes to the plan throughout the year and view real time impacts to resources
    c.Use actual time spent on activities in previous planning and use that to inform future work
    d.Support scenario analysis identifying potential impacts to approved/declined activities
    e.Track/sort by status, activity type, role etc.
    f.Set the status of an approved activity (e.g. initiated, in progress, completed)
    g.Report on the progress of activities by any available factor (e.g. status, timeline, etc.)
    
    7.The solution must have the functionality to create user-defined groups and use predefined groups from external data repositories.
    
    8.The solution must have the functionality to allocate resources and resource groups to approved or proposed activities.
    
    9.The solution must have the functionality to use planned and reported effort against specified industries or clients in combination with planned and actual cost data from external data repositories to generate a cost allocation by industry or client.
    
    10.The solution must be available in both an on-premise version as well as a cloud version, with a clear path from on-premise to the cloud.
    
    11.The solution must deliver, enable and support the Graphical User Interface (GUI) functionality in both Official Languages of Canada, English and French, and allow users a choice of which official language they want to work in.
    
    12.The solution must allow end- to-end auditable for tracking, troubleshooting, and access control purposes.
    
    13.From a security perspective, the solution must:
    a.support single sign-on using standard Windows authentication mechanisms for internal systems;
    b.not require end-users to have elevated system privileges; and
    c.must allow for user accounts rights and permissions to be configurable to allow for separation of duties.
    
    14.From an Enterprise Information Management perspective, the solution must:
    a.be able to identify personal information and implement controls to ensure that personal information is protected against unauthorized use or disclosure; and
    b.allow for the collection of metadata that can be used to apply business rules for the purposes of, but not limited to, managing the retention and disposition of content and  supporting data quality review.
    
    APPLICABILITY OF THE TRADE AGREEMENT(S) TO THE PROCUREMENT
    
    Canada Free Trade Agreement (CFTA)
    World Trade Organization - Agreement on Government Procurement (WTO-AGP)
    North American Free Trade Agreement (NAFTA)
    
    JUSTIFICATION FOR THE PRE-IDENTIFIED SUPPLIER
    
    Accenture is the only vendor provider of a Planning and Resource Management solution that seamlessly integrates with our existing Vu solution, ensuring interoperability with OSFI’s infrastructure, and meets all of the above technical specifications.  As the Systems Integrator (SI) that implemented Vu for the Supervision Technology & Tools Renewal (STTR) Project, Accenture have a unique understanding of OSFI’s need to modernize the Planning and Resource Management tools within the Supervision sectors with new software that must integrate easily with Dynamics CRM. 
    
    GOVERNMENT CONTRACTS REGULATIONS EXCEPTION(S)
    
    Section 6(d) of the Government Contract Regulations is being invoked in this procurement as only one person or firm is capable of performing the contract.
    
    EXCLUSIONS AND/OR LIMITED TENDERING REASONS
    
    Annex 502.3(E)(1)(c) of AIT is applicable on the basis of limited tendering due to reasons when, contracts with the only supplier able to meet the bid requirements, including contracts to ensure compatibility with existing products, to recognize exclusive rights, such as exclusive licenses, copyright and patent rights, or to maintain specialized products that must be maintained by the manufacturer or its representative.
    
    Article 1016.2(b) of NAFTA is applicable on the basis of limited tendering due to reasons where, for works of art, or for reasons connected with the protection of patents, copyrights or other exclusive rights, or proprietary information or where there is an absence of competition for technical reasons, the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute exists.
    
    Article XV(b) of the WTO-AGP is applicable on the basis of limited tendering due to reasons when, for works of art or for reasons connected with protection of exclusive rights, such as patents or copyrights, or in the absence of competition for technical reasons, the products or services can be supplied only by a particular supplier and no reasonable alternative or substitute exists.
    
    OWNERSHIP OF INTELLECTUAL PROPERTY
    
    Ownership of any Foreground Intellectual Property arising out of the proposed contract will vest in the
    Contractor.
    
    THE PERIOD OF THE PROPOSED CONTRACT OR THE DELIVERY DATE(S)
    
    The proposed contract is for a period of 1 year and includes 9 additional 1-year options. All deliveries mentioned in the requirement shall be delivered within 10 days of Contract award.
    
    NAME AND ADDRESS OF THE PRE-IDENTIFIED SUPPLIER
    
    Accenture Inc.
    45 O'Connor Street, Suite 1100, Ottawa, Ontario
    Ottawa, Canada, K1P 1A4 
    
    SUPPLIERS' RIGHT TO SUBMIT A STATEMENT OF CAPABILITIES
    
    Suppliers who consider themselves fully qualified and available to provide the goods, services or construction services described in the ACAN, may submit a statement of capabilities in writing to the contact person identified in this notice on or before the closing date of this notice.
    
    INQUIRIES AND SUBMISSION OF STATEMENTS OF CAPABILITIES
    
    Inquiries and statements of capabilities are to be directed to:
    
    Felix Xu
    Science and Software Systems Procurement Directorate || Direction de l’approvisionnement en sciences et de systèmes logiciel
    Acquisitions Branch || Direction générale des approvisionnements
    Public Services and Procurement Canada (PSPC)|| Services publics et Approvisionnement Canada (SPAC) 
    Les Terrasses de la Chaudière
    10 Wellington, 4th Floor 
    Gatineau, Quebec
    K1A 0S5
    
    Hong.Xu@tpsgc-pwgsc.gc.ca
    Telephone || Téléphone  (613) 720-7742
    
    
    Delivery Date: Above-mentioned
    
    You are hereby notified that the government intends to negotiate with one firm only as identified above. Should you have any questions concerning this requirement, contact the contracting officer identified above.
    
    An Advance Contract Award Notice (ACAN) allows departments and agencies to post a notice, for no less than fifteen (15) calendar days, indicating to the supplier community that it intends to award a good, service or construction contract to a pre-identified contractor. If no other supplier submits, on or before the closing date, a Statement of Capabilities that meets the requirements set out in the ACAN, the contracting authority may then proceed with the award.  However, should a Statement of Capabilities be found to meet the requirements set out in the ACAN, then the contracting authority will proceed to a full tendering process.
    
    Suppliers who consider themselves fully qualified and available to provide the services/goods described herein, may submit a statement of capabilities in writing to the contact person identified in this Notice on or before the closing date of this Notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.
    
    The PWGSC file number, the contracting officer's name and the closing date of the ACAN must appear on the outside of the envelope in block letters or, in the case of a facsimile transmission, on the covering page.
    
    The Crown retains the right to negotiate with suppliers on any procurement.
    
    Documents may be submitted in either official language of Canada.

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    Reason for limited tendering

    A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:

    • Exclusive Rights

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    Contact information

    Contracting organization

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Xu, Felix
    Phone
    (613) 720-7742 ( )
    Email
    hong.xu@tpsgc-pwgsc.gc.ca
    Address
    Terrasses de la Chaudière
    4th Floor, 10 Wellington Street
    4th etage, 10, rue Wellington
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Office of the Superintendent of Financial Institutions
    Address
    255 Albert Street
    Ottawa, Ontario, K1A0H2
    Canada
    Bidding details

    Details for this tender opportunity are provided in the Description tab.

    Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.

    Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.

    We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

    Notice type
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    Procurement method
    Competitive – Open Bidding
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: